*Authorized Distributor* Intel Compiler Software
ID: N0017425R0024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHEODTD), is seeking proposals from authorized distributors for Intel Compiler Software licenses under the combined synopsis/solicitation RFQ N0017425R0024. The procurement aims to acquire multiple licenses for Intel Parallel Studio XE Composer Editions, which are crucial for propulsion analysis and design tools used in the development of various energetic systems, including rocket motors and naval weapons. This contract will support the Department of Navy's efforts to enhance its technical capabilities through reliable software resources, with a performance period of 12 months from the date of award at the government facility in Indian Head, Maryland. Interested vendors must submit their quotes by February 18, 2025, at 10:00 AM EST, and can direct inquiries to Laura Adams at laura.a.adams41.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for the acquisition of Intel Compiler Software at the Naval Surface Warfare Center Indian Head Technology Division (NSWC/IH). The software is essential for supporting propulsion analysis and design tools used in the development of various energetic systems, including rocket motors and naval weapons. The primary requirement is for an authorized distributor to provide licenses and one year of standard software support for multiple Intel Parallel Studio XE Composer Editions for both Windows and Linux platforms. The contract period will last for 12 months from the date of award, and performance will take place at the government's facility located in Indian Head, MD. The shipping address and point of contact details are provided for the delivery of the software. This project highlights the Department of Navy's investment in advancing its technical capabilities for military applications through reliable software resources.
    The document is a government solicitation (RFP) for software products known as Intel Parallel Studio XE Composer Editions, specifically for Fortran and C++ languages on both Windows and Linux platforms. It outlines the necessary requirements for interested vendors, emphasizing the need to be an authorized distributor. The solicitation includes specific item details, quantities, and payment terms, indicating it is targeted at commercial products for a federal agency. The main purpose is to establish contract terms under the Federal Acquisition Regulation (FAR) and incorporate relevant clauses regarding compliance, delivery, payment, and other conditions essential to federal contracts. The document outlines acceptance and inspection procedures at delivery points, specifies contract administration points of contact, and provides mandatory clauses addressing issues such as cybersecurity, labor standards, and organizational conflicts of interest. Overall, the document serves to invite qualified vendors to submit proposals under clear regulations and guidelines while ensuring adherence to government standards for procurement and resource management.
    The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) is issuing a combined synopsis/solicitation for Intel Compiler Licenses under RFQ N0017425R0024. This acquisition follows provisions of the Federal Acquisition Regulation and aims to award a firm fixed price order. Only authorized distributors may submit quotes. The evaluation criteria prioritize technical specifications and price, with awards based on the Lowest Price Technically Acceptable method. Quotes must be submitted by February 18, 2025, at 10:00 AM EST, and late submissions will not be considered. Vendors are required to include all pertinent company information, including a cover sheet with their official name, contact details, DUNS number, and Cage Code. Communication regarding the acquisition is encouraged through the designated contact, Laura A. Adams, via the provided email address.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    OEM Runtime CPU License to RTI Data Distribution Service, Core Libraries and Utilities (17+ Cores)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of 18 OEM Runtime CPU Licenses for the RTI Data Distribution Service, Core Libraries, and Utilities, which are essential for operational capabilities at the Center for Surface Combat Systems in Dahlgren, Virginia. The licenses are required to be delivered by February 28, 2024, under a firm fixed-price contract, emphasizing the importance of compliance with federal regulations and a preference for small businesses, particularly those owned by veterans. Interested vendors must submit their quotes via email by 2:00 PM on February 5, 2025, and any inquiries regarding the solicitation should be directed to the primary contact, Jeffrey Sirkin, at jeffrey.m.sirkin.civ@us.navy.mil, by February 3, 2025.
    Procure DEFORM software renewal
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the renewal of the DEFORM software license from Scientific Forming Technologies. This procurement aims to secure a third-year renewal license for the 3D DEFORM software, which is critical for the ongoing Model Based Manufacturing (MBM) project, NISE-219, and includes provisions for software upgrades and technical support. The DEFORM software is essential for ensuring continuity in manufacturing capabilities and addressing potential knowledge gaps associated with new software features. Interested parties must submit their capabilities by February 6, 2025, at 10 AM EST, and should direct inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil.
    Autodesk
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Autodesk software and related support exclusively from DLT Solutions, LLC, under a sole-source solicitation. This procurement is essential for maintaining the operational capabilities of the Combatant Craft Engineering Technology Center Lab, as Autodesk software is uniquely compatible with the U.S. Navy's design and modification requirements for boats and crafts. The government intends to award a firm fixed-price purchase order using Simplified Acquisition Procedures, with interested parties required to submit a capabilities statement by 11:59 AM on February 7, 2025. For further inquiries, interested vendors can contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil or by phone at 301-227-0589.
    AutoDesk Netfabb Ultimate 12-month license renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to renew a 12-month license for AutoDesk Netfabb Ultimate on a sole-source basis from DLT Solutions, LLC. This procurement is essential for maintaining the operational capabilities of the Navy, as AutoDesk Netfabb Ultimate is a critical software tool used for additive manufacturing and design processes. The government intends to proceed under the authority of 10 USC 2304 (c) (1), citing that only one responsible source can meet the agency's requirements. Interested parties must submit their responses within fifteen (15) days of the notice publication, and inquiries can be directed to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or by phone at 240-577-5754.
    25-SIMACQ-D20-0001 SMART License
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking quotes from small businesses for the procurement of five Supportability Management Assessment Report Tool (SMART) AWS Multi-Program Licenses. The licenses are intended to enhance decision-making and productivity related to the AEGIS Weapon System, with a delivery timeline of four weeks post-award, covering the period from October 1, 2025, to September 30, 2030. This procurement is crucial for modernizing operational tools and ensuring effective life cycle management within the defense sector. Interested vendors should submit their quotes, including administrative information and a price breakdown, to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil, with submissions valid for at least 60 days.
    Retainer Washer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of Retainer Washers, with the solicitation being a Small Business Set-Aside. The procurement involves manufacturing non-commercial items in accordance with Federal Acquisition Regulation (FAR) guidelines, requiring compliance with quality standards such as ISO 9001 and adherence to safety protocols under the Voluntary Protection Program (VPP). Interested vendors must submit their quotes by Tuesday, February 11, 2025, at 8:00 AM EST, and are required to request technical drawings and provide ITAR certification prior to submission. For further inquiries, vendors can contact Francine Keys at francine.keys@navy.mil or Marlene Ridgell at marlene.ridgell@navy.mil.
    CCU-93 CONTACT, GROUNDING CAP, INSULATOR
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of critical hardware items, specifically contacts, grounding caps, and insulators, under a firm fixed price contract. The procurement includes a total of 200 units each of various components, with specific requirements for First Article Testing (FAT) and adherence to military standards for quality and safety. These items are essential for aviation operations, reflecting the government's commitment to maintaining high standards in defense contracting. Interested vendors must submit their quotes by February 7, 2025, and can direct inquiries to Renee Oravec or Deanna Wilson via email for further clarification.
    Renewal for Progress DevCraft Complete
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of Progress DevCraft Complete Developer Licenses and Progress Telerik UI for WPF Developer Licenses from Progress Software Corporation on a sole source basis. This procurement includes 35 developer licenses and 12 licenses with priority support, which are essential for software development and application support within the Navy's operations. Interested vendors should note that the solicitation details will be available under N6893625Q5007 on the beta.SAM.gov website around February 3, 2025, and must ensure their registrations in the System for Award Management (SAM) are active and compliant with the necessary certifications. For inquiries, contact Terryl Mitchell at terryl.n.mitchell.civ@us.navy.mil or by phone at 760-793-3746.
    Cartridge Case
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the manufacturing of 230 cartridge cases as part of a firm fixed price purchase order under Request for Quotation (RFQ) N0017425Q0022. This procurement includes requirements for First Article Testing (FAT), compliance reports, and adherence to strict quality control standards, including ISO 9001 and Department of Defense directives, to ensure the manufactured items meet specified dimensions and safety protocols. The cartridge cases are critical components for defense applications, and the selected contractor will be responsible for delivering the products to NSWC Indian Head, Maryland, by the specified deadlines, with quotes due by 18 February 2025, at 8:00 AM EST. Interested vendors must contact Francine Keys or Marlene Ridgell via email for further information and to submit their proposals.
    Server Software and Supplies
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Command (NIWC) Atlantic, is seeking small business sources for the procurement of various server software and supplies, specifically the Microchip SyncServer® S650. This presolicitation notice aims to conduct market research to assess interest in fulfilling this requirement, which is crucial for maintaining the operational capabilities of the Navy's information warfare systems. Interested vendors must provide a verification letter confirming their status as authorized resellers or distributors of the specified products. Responses are due by 3:00 p.m. Eastern Standard Time on February 7, 2025, and should be directed to Contract Specialist Matthew R. Gray at matthew.r.gray1.civ@us.navy.mil.